Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Contact
STFC Procurement
Telephone
+44 1235445000
Country
United Kingdom
NUTS code
UKK14 - Swindon
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Engineering-design-services./A622VM888A
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UKRI-1445 CLF Design House Services
Reference number
UKRI-1445
two.1.2) Main CPV code
- 71320000 - Engineering design services
two.1.3) Type of contract
Services
two.1.4) Short description
UKRI wishes to establish a Contract for the provision of Design House Services for its Central Laser Facility (CLF), part of UK Research and Innovation's (UKRI) Science and Technology Facilities Council (STFC).
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Oxfordshire
two.2.4) Description of the procurement
To support facility operations and enable our Projects, including ensuring timely delivery, CLF requires the services of a multi-disciplined Design House (DH) with excellent knowledge and capability across a broad spectrum of mechanical, electrical, software and control and instrumentation engineering skills. The DH will provide personnel to supplement existing CLF engineering capability in operations and to undertake the coordination and delivery of design packages from Front End Engineering Design (FEED) through to full manufacturing drawings for Projects. This work will be undertaken under DH management and with guidance from existing CLF staff, as required to meet the necessary timescales and agreed quality standards.
It is expected that the DH contract will last for up to 4 years from inception to completion. The maximum contract spend over the 4 year duration shall not exceed £4M excl. VAT. The Contract will be on a call-off basis, with work packages and service delivery being drawn down according to needs. However, please note there is no guaranteed volume of orders or minimum contract value associated with this Call-Off Contract.
two.2.5) Award criteria
Quality criterion - Name: Technical/Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 August 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 August 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
UKRI is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”).
UKRI is procuring the Contract for its exclusive use.
UKRI shall utilise the e-sourcing portal Delta and all correspondence and submission of documents must be through that portal. Suppliers are to utilise the messaging system within the e-sourcing tool within the timescales detailed in this document.
If there is any doubt with regard to the ambiguity of any question or content contained in this questionnaire then Suppliers should raise a clarification question via the e-sourcing portal. Suppliers are to note that any requests for clarifications may not be considered by UKRI if they are not articulated by the Supplier within the discussion forum within the e-sourcing tool and received within the specified time.
All Tender Responses MUST be submitted through the portal. Please note, any submission of a Response which is outside of the e-sourcing portal will result in the Response not being considered.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Engineering-design-services./A622VM888A
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/A622VM888A
GO Reference: GO-202176-PRO-18518792
six.4) Procedures for review
six.4.1) Review body
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
TBC
TBC
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom